SLED Opportunity · FLORIDA · ESCAMBIA COUNTY

    Maintenance of County Street and Navigation Lights

    Issued by Escambia County
    countyInvitation To BidEscambia CountySol. 247878
    Closed
    STATUS
    Closed
    due Apr 21, 2026
    PUBLISHED
    Apr 7, 2026
    Posting date
    JURISDICTION
    Escambia County
    county
    NAICS CODE
    238210
    AI-classified industry

    AI Summary

    Escambia County seeks bids for preventive and responsive maintenance of street and navigation lights, including inspections, repairs, and emergency services. The contract requires qualified electrical services, compliance with safety standards, and timely response to service calls.

    Opportunity details

    Solicitation No.
    247878
    Type / RFx
    Invitation To Bid
    Status
    open
    Level
    county
    Published Date
    April 7, 2026
    Due Date
    April 21, 2026
    NAICS Code
    238210AI guide
    Jurisdiction
    Escambia County
    State
    Florida
    Agency
    Escambia County

    Description

    The scope of work under this contract involves the preventive and response maintenance of street and navigation lights throughout Escambia County. A list of the lights to be maintained.

    The streetlights on Bob Sikes Bridge are designated for bi-monthly inspection. The navigation lights on Bob Sikes Bridge are designated for monthly inspection. All the other street light maintenance/repair will be based on service calls.

    The number of lights to be maintained will vary as light locations are added and deleted during the term of this contract. The PROGRAM DIRECTOR will notify the CONTRACTOR, in writing, of lights to be added to and deleted from the maintenance list.

    Background

     

    The County recognizes the importance of maintaining a safe and reliable lighting infrastructure to ensure the safety of the traveling public and the security of the community. To support this goal, the County has established a comprehensive maintenance program dedicated to the preventive and responsive upkeep of street and navigation lights across Escambia County. The program aims to provide consistent, efficient, and timely maintenance services that address both routine inspections and emergency repairs, thereby minimizing outages and ensuring optimal lighting performance in designated areas. The maintenance program encompasses a variety of lighting systems, including standard streetlights and navigation lights, with specific inspection schedules and procedures designed to meet safety standards and operational requirements. The program allows for flexibility, as the list of lights to be maintained may evolve over time with additions and deletions based on the County’s needs and operational considerations. 

     

    Project Details

    • Reference ID: PD 25-26.060
    • Department: Purchasing
    • Department Head: Lyndsey Stevens (Purchasing Director)

    Important Dates

    • Questions Due: 2026-04-14T15:00:00.000Z

    Addenda

    • Addendum #1 (released 2026-04-15T13:22:17.731Z) —

      Please use the See What Changed link to view all the changes made by this addendum.

      Updated Project Contact Information.

    • Official Notice #1: Bid Deadline Reminder Notice (released 2026-04-20T14:27:06.436Z) —

      Bid Deadline Reminder Notice

      Please submit your bids by  April 21, 2026.   If you are not bidding, please select "No Bid". 

      The bid opening schedule below:

      Bid Opening:
      April 21, 2026, 12:30pm
      Office of Purchasing
      213 Palafox Place, 2nd Floor
      Pensacola, FL 32502

      MS Teams
      https://teams.microsoft.com/meet/22090472511764?p=TDM6VDHMI5Xw0jtAnF
      Meeting ID: 220 904 725 117 64
      Passcode: wu975Qp3
      ________________________________________
      Need help? | System reference
      Dial in by phone
      +1 863-333-5817,,566079203# United States, Lakeland
      Find a local number
      Phone conference ID: 566 079 203#
       
      Thank You 
      Tammy Michelle Straughn
    • Addendum #2 (released 2026-04-21T17:29:17.908Z) —

      Please use the See What Changed link to view all the changes made by this addendum.

      Changed Bid Submission deadline due to lack of submittal for project.  The new Bid Submission deadline is April 29, 2026 by 10:00 a.m. CST.

    Evaluation Criteria

    • Solicitation Terms and Conditions

      Submission of a bid in accordance with these Terms and Conditions and the General Terms and Conditions provided in Section IV below constitutes a binding offer from the bidder. The Terms and Conditions incorporated herein will become a part of the written agreement between the parties.

       

      Pre-Bid Inquiries

      All inquiries concerning the solicitation, including, but not limited to, the scope of work, specifications, additional requirements, attachments, general or supplemental terms and conditions, must be submitted to the Office of Purchasing via email through the e-procurement portal hosted by OpenGov, Attention:  Tammy Straughn, Purchasing Coordinator, tmbaker1@myescambia.com.

       

      All questions or inquiries must be received no later than the last day for questions stated on the cover page of the solicitation. Any modification to the bid documents will be in the form of a written addendum issued by the County not less than five (5) days prior to the date and time of bid closing. Addenda will be provided to each bidder via email and posted to the Escambia County website at Escambia County Solicitations (https://procurement.opengov.com/portal/escambiacountyfl). Such written addenda or modification shall be part of the solicitation documents and shall be binding upon each bidder. Each bidder is required to submit with the bid a written acknowledgment to confirm receipt of any and all addenda. No bidder may rely upon any verbal modification to or interpretation of the solicitation documents, and no interpretation shall be considered binding unless provided in writing by the Office of Purchasing as provided in this provision.

       

      Examination of Documents and Site

      Before submitting a bid, the bidders shall familiarize themselves with the nature and extent of the work and any local conditions that may in any manner affect the work to be done and the equipment, materials, and labor required. Bidders shall also examine all drawings, specifications, addenda, and other relevant documents to be thoroughly informed regarding any and all conditions and requirements that may in any manner affect the work to be performed under the contract.

       

      Preparation of Bid

      A bid form is included in these specifications. The bidder shall submit bids in accordance with the bid documents. The individual who signs the bid form must be listed as an authorized representative with the records on file with the Florida Division of Corporations website (Sunbiz) with the principal address provided below the signature.  

       

      All blanks in the bid documents shall be completed by printing in ink or by computer with the amounts extended, totaled and the bid signed. Any blanks in the bid form will be interpreted as a “No Bid” or “No Cost” item. No changes shall be made to the phraseology of the form or in the items mentioned therein. Any bid which contains any omissions, erasures, alterations, additions, irregularities of any kind, or items not called for which shall in any manner fail to conform to the conditions of the solicitation may be rejected.

       

      The bid shall include evidence of bidder’s authority and qualification to do business in the State of Florida. As applicable, a state contractor license # for the State of Florida shall also be included on the bid form. Bidder shall be licensed in accordance with the requirements of Chapter 489, Florida Statutes.

       

      The bid shall be based upon the completion of the Scope of Work according to the drawings and specifications, together with all addenda thereto. Bids must include lump sum pricing. All proposed fees and costs must be broken down and disclosed in the bid.

       

      Integrity of Documents

      Bidders shall use the original bid documents provided by the Office of Purchasing and enter information only in the spaces where a response is requested. Bidders may use an attachment to the bid documents if sufficient space is not available. Any modifications or alterations to the original bid documents by the bidder, whether intentional or otherwise, may constitute grounds for rejection of a bid. Any such modification or alteration that a bidder wishes to propose must be clearly stated in the form of an addendum to the original bid documents.

       

      Submittal of Bid

      A bid shall be submitted no later than the date and time prescribed in the Invitation to Bid and shall be accompanied by the bid security and other required documents.  Applicable bond documents may be uploaded, but any physical checks presented must be delivered to the Office of Purchasing prior to the Bid Opening. It is the bidder’s responsibility to ensure that its bid is delivered at the proper time and place. Offers by email, facsimile, or telephone will NOT be accepted. 

       

      Each bidder’s submittal shall include all the items listed in the Vendor Submissions section.

       

      Withdrawal of Bids

      A bidder may withdraw its bid, either personally or by written request, at any time prior to the scheduled time for Bid Opening. Requests to alter or withdraw a bid must be submitted in writing to the Purchasing Director. Bids may not be altered or unilaterally withdrawn by the contractor after the scheduled time for bid opening. All bids not so withdrawn shall constitute an irrevocable offer and will remain subject to acceptance or rejection by the County for a period of 90 calendar days.

       

      Bids to Remain Subject to Acceptance

      All bids will remain subject to acceptance or rejection by Escambia County for ninety (90) calendar days after the day of the bid opening. The County may, in its sole discretion, release any bid and return the bid security prior to the end of this period. 

       

      Conditional or Incomplete Bids

      Escambia County specifically reserves the right to reject any conditional or incomplete bid.

       

      Addition/Deletion of Item(s)

      The County reserves the right to add or delete any item(s) from this bid or resulting contract when deemed to be in the County’s best interest.

       

      Changes to Specifications

      Specifications are based on the most current literature available. The Office of Purchasing must be notified in writing of any proposed changes to the manufacturer’s specifications, including, but not limited to, materials used, manufacturing process, or construction, that conflict with the specifications provided in the solicitation. Proposed changes must be explained in detail along with a copy of the relevant manufacturer’s specifications. Proposed changes to the specifications provided in the solicitation shall not be binding upon the County unless evidenced by a Change Notice issued and signed by the Purchasing Director. Should the bidder fail to comply with this provision, the bidder will be liable for any costs incurred by the County to comply with the specifications provided in the solicitation.

       

      Disqualification of Bidders

      Any of the following reasons may be considered as sufficient for the disqualification of a bidder and the rejection of its bid:

      • Submission of more than one bid for the same work from an individual, firm, or corporation under the same or different name. Evidence that the bidder has a financial interest in the firm of another bidder for the same work.
      • Evidence of collusion among bidders. Participants in such collusion will receive no recognition as bidders for any future work of the County until such participant has been reinstated as a qualified bidder.
      • Incomplete work which in the judgment of the County might hinder or prevent the bidder’s prompt completion of additional work if awarded.
      • Failure to pay or satisfactorily settle all bills due for labor and material on contracts in effect at the time of issuing the invitation to bid or default under previous contract.
      • Listing of the bidder by any Local, State or Federal Government/Agency on its debarred/suspended vendor list. 

       

      Investigation of Bidder

      The County may make such investigations, as it deems necessary to determine the stability of the bidder to perform the work and that there is no conflict of interest. The bidder shall furnish to the County any additional information and financial data for this purpose as the County may request.

       

      Evaluation of Bids and Award of Contract

      Escambia County will review all bids and will provide the recommendation to award to the County Administrator, and the Board of County Commissioners. The County will award the bid to the most responsive and responsible firm(s) with the lowest responsive bid(s). The County reserves the right to award the bid to the bidder submitting a responsive bid with a resulting negotiated agreement which is most advantageous and in the best interest of the County, and to reject any and all bids or to waive any irregularity or technicality in bids received. Escambia County shall be the sole judge of the bid and the resulting agreement that is in its best interest and its decision shall be final.

       

      Escambia County reserves the right to reject any or all bids, including without limitation nonconforming, nonresponsive, unbalanced, or conditional bids. The County further reserves the right to reject the bid of any Bidder whom it finds after reasonable inquiry and evaluation to not be responsible. In evaluating Bidders, the County may consider the qualifications of Bidders and may consider the qualifications and experience of Subcontractors, Suppliers, and other individuals or entities proposed for those portions of the Work for which the identity of Subcontractors, Suppliers, and other individuals or entities must be submitted with the Bid Form.

       

      Escambia County reserves the right to waive any informalities or reject any and all bids, in whole or part, to utilize any applicable state contracts in lieu of or in addition to this bid, and to accept the bid that in its judgment will best serve the interest of the County.

       

      Award

      Award shall be made on an “all-or-none total” basis.

      Form of Agreement

      The contract shall be provided by the Office of Purchasing. The successful bidder shall, within 5 days after receipt of the Intent to Award and the contract forms or documents, sign and deliver to the County Legal Office all required contract documents. Failure to execute the contract within such period shall constitute a default, and the county may award the contract to the next responsive and responsible bidder or re-solicit and charge against the bidder the difference between the amount of the offer and the amount for which a contract is subsequently executed, irrespective of whether the amount due exceeds the amount of the bid surety. The awarded contractor shall also deliver the policies of insurance or insurance certificate(s) as required. All insurance documents shall be approved by the Risk Manager before the successful bidder may proceed with the work.

       

      Indemnification

      Offeror agrees to save harmless, indemnify, and defend County and their elected and appointed officials, agents, officers, and employees from any and all claims, losses, penalties, interest, demands, judgments, and cost of suit, including attorneys’ fees, and paralegals’ fee, for any expense, damage or liability incurred by any of them, whether for personal injury, death, property damage, direct or consequential damages, or economic loss, including environmental impairment, arising directly or indirectly on account of or in connection with the work performed by Offeror under this Agreement or by any person, firm or corporation to whom any portion of the Work is subcontracted Offeror; or resulting from the use by Offeror, or by anyone for whom Offeror is legally liable, of any materials, tools, machinery or other property of County. County and Offeror agree the first $100.00 of the Contract Amount paid by County to Offeror shall be given as separate consideration for this indemnification, and any other indemnification of County by Offeror provided for within the Contract Documents, the sufficiency of such separate consideration being acknowledged by Offeror by Offeror’s acceptance and execution of the Agreement. The Offeror's obligation shall not be limited by, or in any way to, any insurance coverage or by any provision in or exclusion or omission from any policy of insurance.

      The Offeror agrees to pay on behalf of Escambia County, as well as provide a legal defense for the County, both of which will be done only when requested by the County, for all claims made.  Such payment on behalf of the County shall be in addition to all other legal remedies available to the County and shall not be the County's exclusive remedy.

       

    • SCOPE OF WORK

      The scope of work under this contract involves the preventive and response maintenance of street and navigation lights throughout Escambia County. A list of the lights to be maintained is presented in Section 10.

      The streetlights on Bob Sikes Bridge are designated for bi-monthly inspection. The navigation lights on Bob Sikes Bridge are designated for monthly inspection. All other street light maintenance and repairs will be based on service calls. The number of lights to be maintained will vary as locations are added or deleted during the contract term. The PROGRAM DIRECTOR will notify the CONTRACTOR in writing of lights to be added or removed from the maintenance list.

    • CONTRACTOR

      The CONTRACTOR hereby agrees and warrants to:

      • Furnish all transportation, plant, labor, materials, signs, supplies, equipment, and other facilities necessary or proper for, or incidental to, the work contemplated by this contract, in strict accordance with the plans, specifications, and addenda prepared by the PROGRAM DIRECTOR, including any changes ordered and approved pursuant to this contract. The COUNTY will not be responsible for furnishing equipment unless specifically provided. If provided, the CONTRACTOR shall sign receipts and safeguard the equipment until installation.
      • Provide 24-hour service for the repair of navigation lights. After-hours service will be coordinated with the Escambia County Sheriff's Office and Road Department. The CONTRACTOR shall maintain a 24-hour contact number and notify the PROGRAM DIRECTOR if unavailable. The CONTRACTOR shall take all reasonable steps to ensure availability for emergency services.
      • Possess sufficient prior satisfactory electrical experience to perform all work specified.
      • Have all persons installing, operating, and maintaining equipment fully trained and qualified, performing all work under the supervision of an Escambia County or Florida licensed electrician.
      • Present a professional appearance and conduct and immediately discharge any technician using profane or abusive language, interfering with inspectors, or disobeying instructions from the PROGRAM DIRECTOR.
      • Keep in stock a sufficient number of spare luminaries, navigation beacons, lenses, lamps, etc., to ensure uninterrupted operation. Maintain a readily available inventory of County-owned equipment, which may be retrieved at any time by the PROGRAM DIRECTOR.
      • Store, safeguard, and maintain a written inventory of County-owned spare equipment. The PROGRAM DIRECTOR may retrieve or request a copy of the inventory at any time, with the CONTRACTOR providing the list within two working days.
      • Comply with FDOT standards for work site safety and traffic maintenance, including providing safe pedestrian passage during excavations, removing obstructions when work is not active, and assuming costs for necessary safety materials such as arrow displays. FDOT, Standard Specifications for Road and Bridge Construction, Section 102 Maintenance of Traffic and FDOT Standard Plans Section 102 (latest edition).United States Department of Transportation, Federal Highway Administration, Manual on Uniform Traffic Control Devices for Streets and Highways (ANSI D6.1 e-2009), Part VI (latest edition). Where excavations occur in sidewalks or other pedestrian ways, the CONTRACTOR shall provide a safe and orderly pedestrian passage over or around the excavation area. The pedestrian passage shall not subject pedestrians to hazards from traffic or construction operations, nor cause the pedestrians to walk upon unsuitable or hazardous surfaces. At the end of each workday, and at all other times when construction operations are suspended, all equipment, materials, and other obstructions, shall be removed from the portion of the right-of-way normally open to traffic. The CONTRACTOR shall assume all costs associated with the purchase or lease of materials and equipment needed to comply with safety standards, including arrow displays.
      • Coordinate with FPL on all electrical service transfers and adjustments, with the COUNTY paying related fees.
      • Replace, at the CONTRACTOR’s expense, any sidewalk slabs, driveway slabs, or other items damaged by maintenance activities. Document pre- and post-work conditions with date-stamped photos, submitted with invoices.
      • Protect all public land corners and monuments encountered during maintenance. Reference and restore any that are damaged or in conflict with work, with costs borne by the CONTRACTOR, and reference by a Florida Registered Land Surveyor.
    • BASE RATE SERVICES
      • Preventive Maintenance Services:
        • Establish and perform a monthly or bi-monthly schedule for all items in Sections 8. This includes monthly service for navigation and vertical clearance gauge lights, and bi-monthly service for streetlights on the Bob Sikes Bridge. Develop a checklist, approved by the PROGRAM DIRECTOR, certifying work completion, signed by an electrician, and submitted with each invoice. Toll fees are included in the base rate.
      • Locate Lighting Equipment:
        • Perform utility locates for lights and appurtenances upon request from the PROGRAM DIRECTOR, utility companies, other contractors, or the FDOT.
      • Adjustments and Minor Repairs: 
        • Perform sensor adjustments and other minor repairs using parts valued under $10 during scheduled preventive maintenance.
      • Repair Rates:
        • Charges for service calls, vandalism, storm damage, or vehicle collision repairs will follow the Contractor’s Rate Schedule, with parts over $10 charged accordingly, and documented with photos.
    • COMPENSATION AND PAYMENT
      • The COUNTY will pay the CONTRACTOR monthly based on the rates in the Rate Schedule.
      • Invoices are due by October 7th each year for the prior fiscal year's work, itemized as preventive maintenance or service calls, with supporting documentation.
    • RECORDS AND PERFORMANCE STANDARDS
      • Must maintain accurate, up-to-date records of all work and inventory, which are joint property of the COUNTY.
    • REQUIRED RESPONSE TIMES

      The following are required response times:

      • Navigation & Vertical Clearance Light within 90 minutes of notification. 
      • Streetlights within 48 hours of Notice to Proceed (NTP).
      • Emergency within 30 minutes of notification.
    • CHARGES FOR NON-PERFORMANCE

      CHARGES FOR NON-PERFORMANCE (Per Occurrence/Per Day):

      $1000 - Failure to Transmit Maintenance Record Within Five (5) Business Days
      $1000 - Failure to Respond to Trouble Call Within Specified Time
      $1000 - Failure to Complete Repair Within Specified Time
      $1000 - Failure to Comply with FDOT Maintenance of Traffic Standards

    • MATERIALS AND EQUIPMENT
      • All materials and equipment shall meet FDOT standards, NEC, and applicable codes.
      • Equipment must be verified as compliant before use.
      • All removed equipment shall be properly disposed of or returned.
    • PREVENTIVE MAINTENANCE DETAILS

      Navigation Lights (Monthly):

        • Lamps and lenses: cleanliness, outages, damage.
        • Photo-electric cells: condition and operation.
        • Housing, brackets, wiring, and electric service components.

      Vertical Clearance Gauge Lights (Monthly):

        • Same as navigation lights.
        • Streetlights (Bi-monthly):
        • Luminaires: breakage, outages.
        • Photo-electric cells, poles, arms, foundations, grounding, and electric service.

      List of Lights to Maintain:

        • Barrancas Ave / Bayou Chico Bridge: (27)
        • Pensacola Beach Blvd / Bob Sikes Bridge: (40)
        • Brent Lane / Pensacola Christian College: (4)
        • Creighton Rd / Hilburn Rd: (3)
        • Creighton Rd / Plantation Rd: (4)
        • Davis Hwy / Airport Blvd: (4)
        • Davis Hwy / I-10 Interchange (Bloodworth Ln & Northcross Ln): (26)
        • Highway 29 / Airport Blvd: (4)
        • Highway 29 / Brent Lane / Beverly Pkwy: (4)
        • Highway 29 / Burgess Rd: (2)
        • Highway 29 / Diamond Dairy Rd: (2)
        • Highway 29 / Industrial Blvd: (3)
        • Highway 29 / Pinestead Rd: (2)
        • Highway 29 / Stumpfield Rd / Marcus Pointe Blvd: (3)
        • Highway 29 / W Street: (3)
        • Highway 297A / Pine Cone Dr: (1) *(rename from Highway 297A / Pine Cone Dive)*
        • La Paz Street / San Sebastian Circle: (5) *(corrected from LaPaz)*
        • Mobile Hwy / Beulah Rd: (4)
        • Navy Blvd / Bayou Chico Bridge: (4)
        • Warrington Rd / Jackson St: (8)
        • Nine Mile Rd / Guidy Lane: (3)
        • Old Corry Field Rd / South Bay Bridge: (4)
        • Olive Rd / Cody Lane: (2)
        • Palafox Hwy / Airport Blvd: (4)
        • Scenic Hwy Park & Ride Lot: (6)
        • Sunset Ave / Bayou Grande Bridge: (4)
        • T Street (Gadsden to Cervantes / Cervantes to Strong/DeSoto): (2)
        • University Pkwy / Davis Hwy to West Florida Campus: (186)
        • 12th Ave / Tippin Ave (North Bayou Blvd to Underwood Ave): (41) *(renamed from North Bayou Blvd to Underwood Drive)*
        • **NEW**: E Street / North of Cervantes Street to City Limits (Lakeview): (1) (Brushed Aluminum Pole)

       

        • Navigational Lights:
          • Sunset Ave / Bayou Grande Bridge: (6)
          • Pensacola Beach Blvd / Bob Sikes Bridge: (12)

    Submission Requirements

    • Solicitation Requirements (required)

      I certify that I have read through the attached solicitation, and I understand all specifications, terms, conditions, and materials provided therein.

    • Bid Bond

      Each bid shall be accompanied by a certified cashier’s check, or bid bond, in the amount of 5% of the total bid price, payable toEscambia County, as a guarantee that the bidder, if its bid is accepted, will promptly execute the Agreement. The bidder shall guarantee the total bid price for a period of 60 days from the date of the bid opening.

      Bid Surety (bond, cashier’s check, etc.): Only a Bid Bond, Cashier’s Check, or Certified Check shall be accepted.

      • If a firm elects to submit a bond from an insurer, the Bid Surety from the insurer must be uploaded with the bid response.
      • If a firm elects to submit a check for the Bid Surety, the check must be delivered to the Office of Purchasing prior to  Wednesday, April 29, 2026 at 10:00 am addressed to:

      Escambia County
      Tammy Straughn
      221 Palafox Place 2nd Floor
      Pensacola,
      FL32505

      Please have the Bidder Name, Contract Title ("Maintenance of County Street and Navigation Lights"), and Contract Number ("PD 25-26.060") listed clearly on the outside of the envelope.

    • Contract Execution, Payment Bond, Performance Bond, and Certificate(s) of Insurance (required)

      The contract shall be executed by the successful bidder and shall be returned, together with the Payment Bond, Performance Bond and Certificate(s) of Insurance to Escambia County so that it is received within 10 working days after the proposer has received the contract for execution. Failure to do so shall be just cause for forfeiture of the proposal guaranty.

    • Schedule of Values, Unit Pricing (required)

      This information is included in the Electronic Pricing Table in this ITB.  Please confirm it is completely filled out and accurate.  

    • Bid Form (required)

      Modification of this form will result in your bid being disqualified.  

      Please download the below documents, complete, and upload.

      The person signing the bid form must be listed as an authorized representative with the records on file with the Florida Division of Corporations (Sunbiz) for FEIN provided.

    • Anti Human Trafficking Affidavit - HB7063 (required)

      Please download the below documents, complete, and upload.

    • References Form

      Please download the below documents, complete, and upload with your Bid Package.

    • Deletion of records form (required)

      Deleted and Destroyed Documents Letter
       

      PD PD 25-26.060 Maintenance of County Street and Navigation Lights

      To the Escambia County Office of Purchasing

       

      Our firm recently received an Invitation to Bid on the above-mentioned specification.

      We hereby acknowledge and certify that our company has destroyed/deleted any digital downloaded copies of the plans and specifications relative to this project.  At the time we received this information, we understood that it was exempt from the Public Record Law and all of the information, whether originals or duplicated, shall be destroyed/deleted.

    • E-Verify Certification

      Please download the below documents, complete, and upload with your Bid Package.

    • Sworn Statement Pursuant to Section 287.133(3)(A), Florida Statutes on Entity Crimes (required)

      Please download the below documents, complete, and upload with your Bid Package.

    • Conflict of Interest Form

      Please download the below documents, complete, and upload with your Bid Package.

    • Drug-Free Workplace Form

      Please download the below documents, complete, and upload with your Bid Package.

    • Information Sheet for Transactions and Conveyances Corporate Identification.

      Please download the below documents, complete, and upload with your Bid Package.

    • Scrutinized Companies Certification

      Please download the below documents, complete, and upload with your Bid Package.

    • Certificate of Authority to do Business from the State of Florida (SunBiz) (required)

      The person signing the bid form must be listed as an authorized representative with the records on file with the Florida Division of Corporations (Sunbiz) for FEIN provided.  Upload your proof of certification with your Bid Package.

    • Occupational License (If applicable per the Scope)

      To include Escambia County Building and Inspection Department

    • Florida Department of Business and Professional Regulation – License(s), Certification(s), and/or Registration(s). (if applicable)
    • Copy of current Required Insurance declaration page with Escambia County named interest or, Letter of Insurability from Carrier stating that the levels of coverage will be obtained. (required)
    • Proposed List of Sub Contractors (required)

      Please download the below documents, complete, and upload with Bid Submission.

    • Current W-9 (required)

      Please upload here and as a part of your submission package

    • Bid Submission (required)

      Upload your SIGNED Bid Form and all bid documents and Forms as one file.  NOTE: The person signing the bid form must be listed as an authorized representative with the records on file with the Florida Division of Corporations (Sunbiz) for FEIN provided. 

    • Will this solicitation require a bid bond? (required)

      Bid bonds ensure that contractors can comply with bidding requirements and will fulfill their job responsibilities at proposed prices. Most public construction contracts require contractors to secure their bids with a bid bond in the form of 5% of the bid via Cashier's Check or Electronic certified bonding. 

    • Do You Want To Use The Electronic Pricing Table (required)

      Electronic pricing tables should be used when there are line items for any given project. They will provide automatic tabulation of pricing results.

    • Award (required)
    • Will this solicitation result in a Lump Sum Agreement (required)

      A Lump Sum Agreement is defined as any solicitation requesting a fixed dollar amount based on explicit specifications.

    • Term of Agreement (required)
    • Outside of County Funded (required)
    • Grant Type (required)

      Example:  FEMA, LAP, Restore Act, etc...

    • Special Terms/Conditions of Grant (required)
    • Grant/Contract Uploaded in Documents (required)
    • Additional Grant Funding (required)
    • Grant Type-2 (required)
    • Special Terms and Conditions of Grant-2 (required)
    • Grant/Contract Uploaded into Documents-2 (required)

      Confirm you understand that Grant funded projects should include any grant documents & application for Purchasing to review. You may upload these in the Attachment section of your project request.

    • Construction Bid (required)

      Is this project a construction project?

    • Liquidated Damages Amount (Numerical) (required)

      i.e $1,250.00

    • Liquidated Damages Amount (Text) (required)

      i.e. One Thousand, Two Hundred Fifty Dollars

    • Days to Substantial Completion (Numerical) (required)

      Number of Days from NTP to Substantial Completion in number format (i.e. 120)

    • Number of Days to Substantial Completion (Text) (required)

      Number of Days from NTP to Substantial Completion in text format (i.e. One Hundred Twenty)

    • Days to Final Completion (Numerical) (required)

      Number of Days from Substantial Completion to Final Completion in number format (i.e. 30)

    • Number of Days to Final Completion (Text) (required)

      Number of Days from Substantial Completion to Final Completion in text format (i.e. Thirty)

    • Total Days to Completion (Numerical format) (required)

      Total number of days from Notice to Proceed to Final Completion in numerical format

    • Total Days to Completion (Text) (required)

      Total Number of days from Notice to proceed through final completion in text format

    • Estimated Cost (required)
    • Permits Required (required)
    • Technical Specifications Uploaded in Documents (required)
    • Engineer Approved Drawings Uploaded in Documents (required)
    • Approved Drawings Date (required)

      Enter the date the drawings were approved.

    • Allow Piggybacks off of your agreement (required)

      Piggybacks allow another agency to adopt or "piggy back" on Escambia County Agreements. Note- This will require additional Board Approval in your board recommendation.

    • Insurance-Construction (required)

      Is this a construction project?

    • Insurance for Construction-Professional Liability (required)

      Will this contract involve Architectural/Design work?

    • Insurance for Construction- Pollution Liability (required)

      Will this project involve potential pollution risk to the environment from working in, on or beneath the surface of the land (or water) or involves a system such as HVAC or refrigeration that contains a potential pollutant

    • Insurance for Construction-Aviation Liability (required)

      Will Drones or Unmanned Aircraft be used on this project?

    • Insurance for Constuction-Broadened Pollution (required)

      Will the project involve the transportation and disposal of hazardous materials

    • Insurance for Construction-Builders Risk/Owners Protective Liability (required)

      Is this contract for a substantial construction project i.e. new building/substantial renovation? Only Required over $15M

    • Insurance for Construction-Installation Floater (required)

      Will this project involve the installation of property, equipment or materials purchased by the Offeror 

    • Insurance for Construction-Moving & Rigging Floater (required)

      will this project involve the lifting of any type of crane or Heli-lift?

    • Insurance-IT, Consulting Professional Services (required)
    • Insurance-Professional Services* (required)

      Consultants, Architects, Engineering, Design, etc...

    • E. Insurance for Services or Work on Waterfront, Marina, Beachfront or Port Area (required)
    • Endorsements/Additional Insurance to Consider (required)
    • Termination/Adverse Change Endorsement (required)
    • Fidelity/Dishonesty/Liability Coverage (required)
    • Aviation Insurance (required)
    • Property insurance (required)
    • Products Liability Insurance (required)
    • Professional Liability (required)
    • Do you need a Pre-Solicitation Meeting? (required)

      Pre-Solicitation meetings are not mandatory but encouraged if you have special terms & conditions in the project, submission formats outside the standard process, or if you believe the vendors will need a site visit to evaluate the space. These can happen in person/on site or via Microsoft Teams. 

    • Attendance (required)

    Key dates

    1. April 7, 2026Published
    2. April 21, 2026Responses Due

    AI classification tags

    Frequently asked questions

    SLED stands for State, Local, and Education. These are solicitations issued by state governments, counties, cities, school districts, utilities, and higher education institutions — as opposed to federal agencies.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.